The RFP Database
New business relationships start here

F107 Integrated Parts Support


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Department of Defense for providing an integrated approach to support the F107 engine.

 This is not a request for proposals, quotes or an invitation for bid. The Defense Logistics Agency (DLA) seeks information that will be used to determine if any source other than the OEM, Williams International, exists to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code per NSN is listed on the attachment. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.

 This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation at Richmond will be the contracting activity for this requirement. DLA has identified a requirement for program management, detailed engineering support and coordinated delivery of up to 457 consumable parts.

The F107-WR-101 engine, originally manufactured by Williams International, powers the AGM-86 Air Launched Cruise Missile (ALCM). The ALCM was developed in the late 1970s. The ALCM fleet was expected to reach their end of service by 2020. The service life of the ALCM, including its F107 engine, has been extended to 2030. DLA Aviation is looking to implement contracts for long term consumable parts support. In order to ensure support for this important mission, On Time Delivery (OTD) metrics and related disincentives may be included in these contracts. An integrated approach may be utilized to enable DLA to meet Air Force planning timeframes and reduces the risk of impact to the warfighter.  Responses to this Source Sought will be used to determine which items can be procured on an LTC with current data/drawings and which will require additional engineering analysis for support. Items not suitable for immediate procurement may be procured on a separate vehicle to address technical data challenges.  Due to the age of the weapon system, drawings for some items are no longer up-to-date; tooling is no longer available or un-useable; materials may be obsolete and the vendor base has significantly diminished since the parts were last purchased. For these items, DLA lacks sufficient technical data to compete effectively and is looking for Companies that possess the technical capability and data to produce these items. Interested parties should include a Raw Order Magnitude of what is needed to complete an engineering study to produce a source of supply for these challenge parts as well as time frame for completion.

A full list of NIINs and the respective FSCs is attached. Respondents able and interested in providing parts for long term support are asked to complete the attachment and return it to Nicole.Byrd@dla.mil by COB 12 April 2018. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent.

Any responses to this Sources Sought should include responses to the following:

a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the materials submitted.

b) A description of your company's past experience and performance of similar contracts for aircraft primary and component level parts, including whether any of the contracts have CPARs ratings. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of Aircraft system/component procurement.

c) What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?

d) Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards.

e) A summary of your company's capability and approach to meet the system/component requirements identified in the attachment to this announcement.

f) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.

To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures.

Disclaimer
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This sources sought is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this sources sought that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the sources sought will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this sources sought. Responders are solely responsible for all expenses associated with responding to this sources sought.



Interested sources should contact DLA Aviation by April 12, 2018 for further information. Inquiries should be directed to the Contracting Specialist, Nicole Byrd, nicole.byrd@dla.mil, 804-279-2610.


Nicole R. B. Byrd, Phone 8042792610, Email nicole.byrd@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP